Plywood Tenders
Plywood Tenders
City Of Canlaon Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Abc Building The Local Government Of Canlaon City, Through The Ordinance No. 88, Series Of 2024 Intends To Apply The Sum Three Hundred Fourteen Thousand, Five Hundred Nineteen & 50/100 (p314,519.50) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred (p500.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvenet Of Abc Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Mabigo, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 8 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 2. 30 Shts. # 120, Sand Paper 38.00 3. 30 Shts. # 80, Sand Paper 33.00 4. 4 Kgs. 1½" Flat Head Wood Screw 65.00 5. 400 Bd. Ft. 120 Pcs - 2" X 2" X 10' Good Lumber 55.00 6. 9 Pcs. 16" X 8' G.i. Ridge Roll, 0.40mm Thick 250.00 7. 80 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5 M Double Furring 217.00 8. 2 Pcs. 2" Paint Brush 50.00 9. 3 Kgs. 3" Roofing Nails 150.00 10. 200 Bd. Ft. 30 Pcs - 2" X 4" X 10' Good Lumber 55.00 11. 35 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 12. 14 Shts. 4' X 8' X ¾" Marine Plywood 1,913.50 13. 3 Pcs. 4" Paint Brush 105.00 14. 2 Pc. 4" Putty Plate 80.00 15. 5 Pcs. 5/32"ф Drill Bit For Steel 129.00 16. 2 Box 5/32"ф X ¾" Blind Rivets 546.00 17. 3 Pcs. 7" Paint Roller With Pan 160.00 18. 3 Tube All Purpose Sealant, Elastoseal 417.00 19. 6 Tubes Builders Bond Construction Adhesive, 300 Ml Cartridge 200.00 20. 1 Pc. Caulking Gun 350.00 21. 15 Bags Skim Coat, 25 Kgs., Buildrite 710.00 22. 20 Shts. Corrugated G.i. Sheet (10'), Ga26 819.00 23. 1 Kg. Cwn #1½ 100.50 24. 1 Kg. Cwn #1½ 100.50 25. 1 Gal. Epoxy Primer Red Oxide W/ Catalyst 1,358.00 26. 3 Rolls Fiber Glass Mesh Tape 150.00 27. 1 L Mayon Lacquer Thinner 300.00 28. 15 Gal. Mcs Semi-gloss Mcs - 2101 Evening Haze 1,100.00 29. 15 Gal. Mcs Semi-gloss Mcs - 6101 Cloudy Gray 1,100.00 30. 18 Lght Moulding Polywood 15 X 70 X 2400mm, Oakwood Design 400.00 31. 1 L Pioneer Marine Epoxy 900.00 32. 2 L Prima Semi-gloss 346sg Brown Cap 300.00 33. 1 Sets 3-way Switch, Flush Type 450.00 34. 1 Assy Ceiling Light, ɸ 290 X 54mm, 32w 2,800.00 35. 30 Mtrs. Conductor Wire, 14.0 Mm2 Thw Cu 132.50 36. 600 Mtrs Conductor Wire, 3.5mm2 Thw Cu 94.50 37. 15 Mtrs. Conductor Wire, 8.0 Mm2 Tw Cu, For Grounding 74.50 38. 100 Pcs Conduit Clamp 1/2'' ɸ Upvc, Orange Color W/ Concrete Nail 3.50 39. 20 Pcs Conduit Clamp 3/4'' ɸ Upvc, Orange Color W/ Concrete Nail 5.00 40. 1 Pc Connector Ground Rod For 5/8'' ɸ 196.00 41. 15 Sets Covenience Outlet, Duplex, Universal, Flush Type 350.00 42. 1 Pc Double Throw For Backup Generator, 2p, 60a 600v W/ Cover And Complete Accessories 850.00 43. 4 Sets Duplex Switch, Flush Type 350.00 44. 5 Rolls Electrical Tape 75.00 45. 300 Mtrs Flexible Conduit Pipe, 1/2'' ɸ Upvc, Orange Color, Coliable 25.00 46. 15 Mtrs. Flexible Conduit Pipe, 3/4'' ɸ Upvc, Orange Color, Coilable 35.00 47. 1 Pc Ground Rod, 5/8'' ɸ X 10, Galvanized 933.00 48. 39 Pcs Junction Box, 4 X 4 Upvc, Orange Color 73.00 49. 26 Assy Led Lamp, 9watts, 220v Standard Base (e-27) 120.00 50. 10 Lgnth Plastic Molding, 3/4'' X 4' 150.00 51. 150 Pcs Polyflex Flexible Connector 1/2'' ɸ Pvc, Orange Color 15.00 52. 2 Pcs Pull Box, 12'' X 12'' X 6'' Depth, Galv. Steel, Melamine Coated 1,060.00 53. 26 Assy Recessed Lamp, 4'' ɸ X 6'' Depth With Socket, Standard Base (e-27), Safety Clip Without Bulb 840.00 54. 7 Sets Single Pole Switct, Flush Type 148.00 55. 2 Assy Track Lights, 12w 120-240v, Aluminum Material, ɸ 75mm X H90mm 950.00 56. 3 Sets Triplex Switch, Flush Type 360.00 57. 28 Pcs Utility Box 2 X 4, Upvc,orange Color 40.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date2 Jan 2025
Tender AmountPHP 314.5 K (USD 5.4 K)
MUNICIPALITY OF PANGIL, LAGUNA Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Improvement Of Malalim Na Bambang Bridge At Natividad Extension, Pangil, Laguna Location : Brgy. Natividad Extension, Pangil, Laguna Brief Description/scope Of Work : Improvement Of Malalim Na Bambang Bridge Approved Budget For The Contract (abc) : Php499,173.93 Contract Duration/delivery Period : Withinone Hundred Twenty (120) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 03, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Engr. Vinson David V. Valois Bac Chairperson 0956-520-8433 Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Improvement Of Malalim Na Bambang Bridge At Natividad Extension, Pangil, Laguna Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description Unit Total Cost Cost Site Preparation 1 1 Roll 100-m Blue Sheet 2 25 Pcs 2x3x12 Coco Lumber 3 30 Kgs Assorted Nails 4 3 Kgs. Tie Wire # 16 (2% Of Rsb) Concrete Works 6 391.50 Bags Cement 7 21.75 Cu.m. Sand 8 43.50 Cu.m. Gravel 9 20 Pcs. 6mm C- Purlins Forms 10 24 Kgs. Rebar 10mm Reinforcing Steel Bar 11 12 Pcs 16mmø Rsb Project Billboard 12 1 Set Signage 8' X 8' 13 2 Pcs Portland Cement 14 0.50 Cu.m. Washed Sand 15 0.50 Cu.m. Gravel 16 2 Pcs Marine Plywood 17 2 Kl C.w Nail 18 20 Bdft Cocolumber Equipment Rental/welding Machine Rental/minor Tools Earthworks / Demolition / Chipping / Dismantling Works Labor Cost Profit,ocm,mobilization/demobilzation Vat / Tax Total Amount Requested Purpose: Construction Of Local Access Road At Sitio Malalim Na Bambang Brgy Natividad Pangil Laguna Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ _______________________________________________________________________________________________ Type Of Bid Security/bidders Bond: ___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1.i/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2.i/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided 3.under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i)withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii)fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4.i/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a)upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b)i Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c)i Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
Closing Date11 Feb 2025
Tender AmountPHP 499.1 K (USD 8.6 K)
Municipality Of Kauswagan, Lanao Del Norte Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description Qty Unit Item Description Estimated Unit Price Total Unit Price 99.05 Cu.m Aggregate Base Course 1,300.00 128,765.00 100 Pcs 12mm X 6.0m Dsb 365.00 36,500.00 45 Pcs 16mm X 6.0m Dsb 665.00 29,925.00 550 Pcs 10mm X 6.0m Dsb 265.00 145,750.00 40 Pcs ½ Thk Marine Plywood 780.00 31,200.00 150 Pcs 2 X 3 X 10 Coco Lumber 125.00 18,750.00 50 Kgs Assorted Cw Nails 95.00 4,750.00 95 Kgs Tie Wire 110.00 10,450.00 126 Cu.m Washed Sand 1,450.00 182,700.00 259 Cu.m ¾ Gravel 1,450.00 375,550.00 6,015 Pcs #4 Chb 25.00 150,375.00 51 Cu.m Washed Sand 1,450.00 73,950.00 675 Pcs 10mm X 6.0m Dsb 265.00 178,875.00 20 Kgs Tie Wire 110.00 2,200.00 25 Cu.m Fine Sand 1,450.00 36,250.00 3 Pcs 2 X 6 X 1.2mm Tubular 2,450.00 7,350.00 5 Pcs 2 X 3 X 1.2mm C-purlins 1,050.00 5,250.00 6 Pcs 1 X 1 X 3.0mm Angle Bar 795.00 4,770.00 20 Pcs 3” Gi Pipe Sch 40 4,600.00 92,000.00 15 Pcs 10mm Dsb 265.00 3,975.00 4 Gals Epoxy Primer Gray 1,590.00 6,360.00 2 Gals Lacquer Thinner 695.00 1,390.00 30 Kgs 6011 Welding Rod 225.00 6,750.00 3 Pcs #4 Paint Brush 90.00 270.00 15 Pcs #4 Cutting Disc 125.00 1,875.00 5 Pcs #4 Grinding Stone 125.00 625.00 13.70 Lin.m 0.40mm X 1.22m X L.s Dura Ribs 389.00 5,329.30 8 Pcs 12” X 2.44m Fascia Cap 495.00 3,960.00 8 Pcs 0.40mm X 2.44m X 24” Spanish Gutter 650.00 5,200.00 5 Pcs 0.40 X 2.44m X 24” Spanish Flushing 650.00 3,250.00 3 Pcs 1/8 Drill Bit 185.00 555.00 1 Box 1/8 X ½ Blind Rivets 495.00 495.00 75 Pcs Teckscrew 2 ½ 7.00 525.00 2 Sets 0.80m X 2.10m Swing Glass Door With Complete Accessories 22,500.00 45,000.00 1 Set 0.70m X 2.10m Wooden Flush Door With Door Jamb And Door Knob 5,000.00 5,000.00 2 Sets 0.65m X 1.30m Awning Glass Window W/ Complete Accessories 12,500.00 25,000.00 1 Set 0.60m X 0.60m Sliding Glass Window W/ Complete Accessories 3,500.00 3,500.00 2 Sets 0.43m X 1.30m Awning Glass Window W/ Complete Accessories 9,500.00 19,000.00 9 Pcs Double Metal Furring 185.00 1,665.00 5 Pcs Hardilite 585.00 2,925.00 1 Box Blind Rivets 1/8 X ½ 495.00 495.00 5 Pcs Wall Angle 165.00 825.00 3 Pcs 1/8 Drill Bit 195.00 585.00 2 Gals Flat Latex 895.00 1,790.00 2 Gals Gloss Latex 895.00 1,790.00 8 Bags Skim Coat 650.00 5,200.00 1 Pc #4 Paint Brush 89.00 89.00 1 Pc #6 Paint Roller W/ Tray 145.00 145.00 4 Cans Tingitng Color 145.00 580.00 3 Mts #100 Sand Paper 35.00 105.00 2 Gals Flat Enamel 895.00 1,790.00 2 Gals Paint Thinner 695.00 1,390.00 2 Gals Quick Dry Enamel 895.00 1,790.00 65 Pcs 0.60m X 0.60m Floor Tiles 235.00 15,275.00 1 Cu.m Washed Sand 1,450.00 1,450.00 2 Packs Tile Grout 125.00 250.00 1 Pc Tile Cutter #4 390.00 390.00 1 Pc Panel Board #12 Branches 3,000.00 3,000.00 1 Pc Circuit Breaker #30 Ampere 595.00 595.00 1 Pc Circuit Breaker #20 Ampere 595.00 595.00 1 Pc Circuit Breaker #60 Ampere 850.00 850.00 1 Box Thhn Wire #3.5mm2 5,900.00 5,900.00 1 Box Thhn Wire #5.5mm2 6,900.00 6,900.00 2 Pcs Flush Type Outlet 3-gang 125.00 250.00 1 Pc Flush Type Switch 1-gang 145.00 145.00 2 Pcs Flush Type Switch 2-gang 185.00 370.00 5 Pcs Pvc Pipe Orange ¾ 145.00 725.00 100 Mtrs Flexible Hose ½ 22.00 2,200.00 5 Pcs Utility Box Orange 75.00 375.00 10 Pcs Junction Box Orange 75.00 750.00 5 Pcs Led Bulb 9 Watts 195.00 975.00 2 Pcs Electrical Tape Big 70.00 140.00 4 Pcs Pvc Elbow Orange ¾ 65.00 260.00 20 Boxes Thhn Wire #8.00mm2 79.00 1,580.00 1 Unit Water Closet W/ Complete Accessories 12,000.00 12,000.00 1 Unit Lavatory W/ Complete Accessories 5,000.00 5,000.00 3 Pcs #4 Pvc Pipe Sch. 520 450.00 1,350.00 3 Pcs #3 Pvc Pipe Sch. 520 350.00 1,050.00 2 Pcs 3 X 90 Elbow 80.00 160.00 3 Pcs 4 X 90 Elbow 80.00 240.00 1 Pc 4 Pvc Wye 80.00 80.00 1 Pc 3 Pvc Wye 80.00 80.00 1 Pc #3 Floor Drain 205.00 205.00 1 Pc #3 P-trap 80.00 80.00 30 Mts ½ Pe Pipe 25.00 750.00 2 Pcs ½ Pvc Pipe Blue 105.00 210.00 2 Pcs ½ Pvc Elbow 45.00 90.00 1 Pc #4 Clean Out 60.00 60.00 1 Pc ½ Pe Tee 100.00 100.00 2 Pcs ½ Faucet 250.00 500.00 257 Pcs #4 Chb 25.00 6,425.00 20 Pcs 10mm X 6.0m Dsb 265.00 5,300.00 2 Kgs Tie Wire 95.00 190.00 1 Cu.m Washed Sand 1,450.00 1,450.00 1 Cu.m ¾ Gravel 1,450.00 1,450.00 1 Cu.m Fine Sand 1,450.00 1,450.00
Closing Date28 Feb 2025
Tender AmountPHP 1.7 Million (USD 30.3 K)
City Of Malabon Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For Procurement Of Materials For The Greening And Beautification Of Tugatog Cemetery 1. The City Government Of Malabon, Through The 20% Development Fund Under The Continuing Appropriation Intends To Apply The Sum Of Eight Million Twenty-eight Thousand Seven Hundred One Pesos Only (p 8,028,701.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Materials For The Greening And Beautification Of Tugatog Cemetery. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Materials For The Greening And Beautification Of Tugatog Cemetery. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From February 13, 2025 To March 03, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Ten Thousand Pesos (p 10, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 19, 2025 (wednesday); 2:20 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before March 03, 2025 (monday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On March 03, 2025 (monday); 3:20 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 250 M3 Embankment (common Borrow) (w/ 25% Shrinkage Factor) 2 200 M3 Gravel 3/4" 3 150 Bags Cement 4 10 M3 Sand 5 100 Pcs 10mm Rsb 6 10 Pcs Marine Plywood 1/4" 7 2 Rolls G.i Tie Wire # 16 8 2 Pcs Service Entrance Cap 2" 9 2 Pcs Rigid Steel Conduit (rsc)pipe(ø):50mm(2"),3mtrs 10 2 Pcs Rigid Steel Conduit Pipe Connector Fittings: Lb Coduit 2" 11 1 Set Nema 3r Enclosure 175at/af, 2p 12 15 Pcs Metal Clamp 2" Double Hole 13 400 Lm 80.0mm2 Thhn/thwn-2 Color: Blue 14 200 Lm 14.0mm2 Thhn/thwn-2 Color: White 15 200 Lm Flexible Metal Conduit(fmc):50mm(ø) 16 6 Pcs Fmc Connector Fittings Diameter(ø):50mm 17 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p Mts 175at/250af, 1 Digital Meter, Complete With Lugs And Accessories, Branches: 1*63at/af, 11*20at/63af, And 10*32at/63af,powder Coat 18 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p 63at/100af , Complete With Lugs And Accessories, Branches: 5*16at/63af,and 1*32at/63af,powder Coat 19 10 Rolls 6mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 20 6 Rolls 4mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 21 5 Rolls Royal Cord Awg#10/3(75meters Per Rolls) 22 5 Rolls Royal Cord Awg#12/3(75meters Per Rolls) 23 3 Rolls Royal Cord Awg#16/3(75meters Per Rolls) 24 12 Sets Heavy Duty Outdoor Cable Reel Extension 25 20 Sets Electric 220v Led Lights Ip66(362*327*26)mm: Ac165-265v, 50/60hz: 1,000w 26 20 Sets Cable Ramp(2ch) Flare Cp-2m 27 50 Pcs Iodine-tungsten Lamp Outdoor Emergency Water-proof Flood Lights:100w 28 3 Pcs Full Thread Rod Ø:5/16(1meter) 29 4 Pack Grd Anchor Ø:5/16(10pcs Per Pack) 30 10 Pack G.i Nut Ø:5/16(10pcs Per Pack) 31 50 Sets Extension Outlet(c4d) 32 50 Sets Electrical Plug(10l6) 33 20 Pcs Electrical Tapes Big Color: White 34 10 Packs Cable Ties 12"(100pcs Per Pack) 35 100 Pcs Pvc Pipe 15mm Dia. 36 50 Pcs Led Bulbs 15w 37 60 Pcs Led Bulbs 12w 38 7 Rolls 3.5mmsq. Thhn Copper Wire X 150m 39 96 Sets 25watts Solar Outdoor Led Floodlight 40 270 Pcs Long Span Rib Type 3m Length X 1m Width 41 50 Pcs C-purlins 2"x4"x1.2mm X 6m 42 180 Pcs G.i Pipe 1 1/2" Sch 20 43 1000 Pcs Swivel Clamp 44 50 Gals Latex Paint 45 100 Gals Semi Gloss Latex 46 25 Sets Roller Brush 9" W/ Pan 47 25 Sets Baby Roller 4" W/ Pan 48 25 Pcs Paint Brush 4" 49 50 Pcs Sanding Paper 50 30 Gals Epoxy Primer Paint 51 60 Gals Qde Paint 52 60 Ltrs Paint Thinner 53 10 Pcs Paint Brush 4" 54 10 Sets Baby Roller 4" W/ Pan 55 10 Pcs Paint Brush 2" 56 60 Gals Qde Paint Blue 57 60 Ltrs Paint Thinner 58 20 Pcs Paint Brush 4" 59 20 Sets Baby Roller 4" W/ Pan 60 1 L.s Tugatog Cemetery S/s Signage 61 1 L.s S/s Project Marker 0.60m X 0.90m 62 30 Units Concrete Bench 63 2 Units Wishing Fountain 64 80 Sq.m Vertical Green Wall Garden 65 1 L.s Water Falls 66 630 Sq.m Landscaping 67 100 M3 Garden Soil 68 10 Pcs Rake
Closing Soon3 Mar 2025
Tender AmountPHP 8 Million (USD 138.4 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 24-p-317(re-ad) Date January 2, 2025 Pr Reference 100-24-10-026 Philgeps Reference No. End - User Ceo Closing Date January 17, 2025 @ 5:00pm Bid Opening January 21, 2025 @ 9:00 Am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. (sgd)virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 24-p-317(re-ad) Total Abc: Php 300,621.10 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot I. Construction Materials 1 G.i. Metal Studs, 0.50mm Thk X 50mm X 50mm X 3.0m 3 Length 330.00 [ ] [ ] 2 G.i. Metal Studs, 0.50mm Thk X 50mm X 75mm X 3.0m 24 Length 490.00 [ ] [ ] 3 G.i. Metal Tracks, 0.50mm Thk X 50mm X 75mm X 3.0m 20 Length 470.00 [ ] [ ] 4 Metal Cladding, Aluminum Composite Panel, 4mm X 1.2m X 2.4m, Color: White 20 Sheet 2,500.00 [ ] [ ] 5 Tex Screw, 63mm For Steel 153 Piece 2.00 [ ] [ ] 6 Expansion Bolt, 10mm Dia X 75mm 56 Piece 35.00 [ ] [ ] 7 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 2 Sheet 650.00 [ ] [ ] 8 Nails, Common Wire, 38mm 1 Kilo 84.00 [ ] [ ] 9 Nails, Common Wire 62mm 1 Kilo 80.00 [ ] [ ] 10 Nails, Concrete 25mm 1 Kilo 100.00 [ ] [ ] 11 Sealant, Elastomeric/roof (1 Liter/can) 1 Can 700.00 [ ] [ ] 12 Blind Rivets, 19mm Dia X 9mm Long (1000pcs/box) 1 Box 4,100.00 [ ] [ ] 13 Blind Rivets, 3mm Dia X 15.5mm Long (1000 Pcs/box) 1 Box 330.00 [ ] [ ] 14 Steel Plate,, 8mm X 1.2m 2.4m 1 Sheet 10,640.00 [ ] [ ] 17 Wood Plastic Composite, Indoor Panel, 7.5mm X 0.122m X 2.9m; Color: Teracota Orange 36 Sheet 600.00 [ ] [ ] 18 Roofing, Long Span, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=8.00m, Color: Terracotta Orange 6 Sheet 3,440.00 [ ] [ ] 19 Door Knob, Chrome Polished Adjustable Tubular Latch Type, Good Quality 2 Set 690.00 [ ] [ ] 20 Hinges, Steel 100mm X 100mm Loose Pin W/ Screws Excellent Quality 3 Set 120.00 [ ] [ ] 21 Tube, G.i., Rectangular, Thk=2.5mm X 50mm X 150mm X 6m 4 Length 4,480.00 [ ] [ ] 22 Tube, G.i., Rectangular, , Thk=2.5mm X 75mm X 150mm X 6m 20 Length 6,720.00 [ ] [ ] 23 Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 4 Box 1,890.00 [ ] [ ] 24 Epoxy, (a And B), 1/4 Liter/can 1 Can 572.60 [ ] [ ] Lot Ii. Commercial Lumber 15 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m 6 Piece 179.75 [ ] [ ] 16 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 3.0m 12 Piece 280.00 [ ] [ ] Purpose: Delivery Of Supplies And Materials For The Improvement Of Negosyo Center (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date17 Jan 2025
Tender AmountPHP 300.6 K (USD 5.1 K)
City Of Bais Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance-infrastructure Assets, Roads And Highways (city Streets) 8751-5-02-13-030(2), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 50-25 Php 94,800.00 1 80 Lngth 10mm Ø X 6.0m Def. Bar 2 4 Kls. # 16 G.i Tie Wire 3 20 Shts. Ordinary Plywood, 6mm X 1.2m X 2.4m 4 40 Kls. Nylon Cord #300 5 3 Drum Asphalt Cement (penetration Grade-85/100) The Approved Budget For The Contract Is To Be Taken From Gen. Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 94.8 K (USD 1.6 K)
BARANGAY IGPIT, OPOL, MISAMIS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Machinery and Tools
Philippines
Details: Description Part : I. Facilities For Engineer Item No. : A.1.1 (b) Provision Of Field Office For The Engineer Quantity : 1.5 Month Particulars Quantity Unit Rental Of Office/storage House (including Lights And Water) 1.5 Month Part : Ii. Other General Requirements Item No. : B5 Project Billboard/signboard Quantity : 2 Each A. Materias Particular Quantity Unit 8”x8” Tarpaulin (2 Sets 64 Sq. Ft Good Lumber (frames) 48 Bd. Ft Assorted Common Wood Nails 1 Kg. B. Labor Particulars No. Men Days Foreman 1 1 Skilled Laborer 1 1 Laborer 1 1 Part : Ii. Other General Requirements Item No. : B.7 (1) Occupational Safety And Health Program Quantity : 1.5 Months Materials Particulars Quantity Unit First Aid Kit 1 Ls Safety Helmet 8 Man-days Safety Shoes 8 Man-days Safety Gloves 25 Man-days Pipe Signage (4”x8”) 1 Set Safety First (4”x4”) 1 Set Warning Signs (2”x3”) 1 Set Caution Tape, 100 Ft 1 Roll Labor Particulars No. Of Men No. Of Days Safety Officer 1 15 Days First Aider 1 15 Days Part : Iii. Other General Requirements Item No. : B.9 Mobilization/ Demobilization Quantity : 1.0 Is A. Equipment Particulars Qty Unit Mobilization/demobilization Part : A. Earth Works Item No. : 801 (1) Removal Of Structures And Construction Quantity : 1.0 L.s. Area : 142.65 Sq.m A. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 B. Equipment Dump Truck (12 Cu. Yd) 1 2 Backhoe 1 8 Hours Part : A. Earth Works Item No. : 800 (2) Clearing And Grubbing Quantity : 1.0 L.s. Area : 142.65 Sq.m A. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 B. Equipment Particulars No. Of Equipment Hours/days Dump Truck (12 Cu. Yd) 1 2 Days Backhoe 1 8 Hours Part : A. Earth Works Item No. : 803 (1) 9 Structure Excavation (common Soil) Quantity : Footing (1.2m X 1.20) (1.2m X 1.2m X 1.8) (12pcs) 31.10 Cu.m A. Labor Foreman 1 5 Unskilled Worker 3 5 B. Equipment Particulars No. Of Equipment Hours/days Dump Truck (12 Cu. Yd. 1 2 Days Backhoe (0.80 Cu. M.) 1 8 Hours Part : A. Earth Works Item No. : 804 (1)b Embankment From Borrow Quantity : Footing (1.2m X 1.2m X 1.5) Areabuilding = 142.65 Sq.m Column (0.40m X 040m) Volume Of Embankment = 142.65 Sq.m X 0.40m V= (1.2m X 1.2m X 1.5) - (0.4m X 0.4m X 1.5m) Volume Of Embankment = 57.06 V =1.92 Cu.m (12) Total = 57.06 +23 V = 23 Cu.m Total = 80.06 Cu.m A. Material Particulars Qty. Unit Filling Soil 75 Cu. M. B. Labor Particulars No. Of Men Days Foreman 1 4 C. Equipment Plate Compactor (5hp) 1 1 Day Backhoe (0.80 Cu. M.) 1 8 Hours Part : A. Earth Works Item No. : 804 (4) Gravel Fill Quantity : Footing (1.2m X 1.2m X 0.1) Area Building = 142.65 Sq.m V=(1.2m X 1.2m X 0.1) Volume Of Gravel Bedding = 142.65 Sq.m X 0.10 (thk) V= 0.144 Cu.m (12) Volume Of Gravel Bedding = 14.265 Cu.m V = 1.728 Cu.m Total = 14.265 + 1.728 Total = 15.993 (15% Shrinkage Factor) Cu.m Total = 18.39 Cu.m A. Material Particulars Quantity Unit Gravel Bedding G-1 (with 5% Shrinage Factor) 18.39 Cu. M B. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 C. Equipment Plate Compactor 1 1 Part : B. Plain And Reinforced Concrete Work Item No. : 900 (1) C1 Structural Concrete Class A At 28 Days Quantity : 11.79 Cu.m Footing (1.2m X 1.2m X 0.30 M) Column (0.40m X 0.40m X 3.44m) V= 0.432 Cu.m V= 0.5504 Cu.m Class A(1:2:4) Concrete Mix Class A (1:2:4) Concrete Mix Portland Cement = 0.432 Cu.m Portland Cement = 0.5504 X 9 Portland Cement = 3.88 Bags X 12 Footing Portland Cement = 4.95 Bags X 12 Footing Total Cement For Footing = 46.65 Or 47 Bags Total Cement For Footing = 59.44 Or 60 Bags Sand = 0.432 X 0.5 Sand = 0.5504 X 0.5 Sand = 0.216 Cu.m X 12 Sand = 0.2752 Cu.m X 12 Total Sand = 2.592 Cu.m Total Sand = 3.3 Cu.m Gravel = 0.432 X 1 Gravel = 0.5504 X 1 Gravel = 0.432 Cu.m X 12 Gravel = 0.5504 Cu.m X 12 Gravel = 5.184 Cu.m Gravel = 6.6048 Cu.m A. Material Particulars Qty. Unit Portland Cement 235 Bags Washed Sand 7 Cu. M. Crushed Gravel ¾” 13 Cu. M. B. Labor Particulars No. Of Men Days Foreman 1 15 Skilled Workers 4 15 Unskilled Workers 4 15 C. Equipment Particulars No. Of Equipment Hours/days Concrete Vibrator 1 15 One Bagger 1 15 Part : B. Plain And Reinforced Concrete Works Item No. : 902 (1) A. Reinforcing Steel (deformed), Grade 40 Quantity : 2,863.38 Kgs. Footing (1.2m X 1.2m) Column (0.40m X 0.40) Ties(0.40m X 0.40m) No. Of Pcs = 1.2 X 1.2 X 14 Pcs Column = 8 Pcs 20mm Drb No. Of Pcs = 76 Meters/6meters No. Of Pcs = 20.16 X 12 (footing) No. Of Pcs = 8 X 12 (footing) No. Of Pcs = 12.66pcs Or 13 Pcs X 12 No. Of Pcs = 241.92 / 6 Meters No. Of Pcs = 96 No. Of Pcs = 156 Pcs No. Of Pcs = 40.32 Or 41 Kgs = 92 Pcs 20mm X 14.82 Kgs = 156 Pcs 12 Mm Drb Kgs = 41 Pcs 20mm X 14. 82 Kgs = 1,422.72 Kgs = 833.04 Kgs = 607.62 Total = 2,863.38 Kgs A. Material Particulars Qty. Unit Tie Wire 4 Rolls 20 Mm Deformed Round Bar 140 Length (grade 40) 10 Mm Deformed Round Bar (grade 40) 160 Length B. Labor Foreman 1 Men 20 Days Skilled Workers 4 Men 20 Days Unskilled Workers 4 Men 20 Days C. Equipment Particulars No. Of Eqpt Hours/days Bar Cutter 1 10 Days Bar Bender 1 10 Days Part : B. Plain And Reinforced Concrete Works Item No. : 903 (2) Formworks And Falseworks Quantity : 500 Bd.ft A. Material Coco Lumber 500 Bd Ft. Plywood Ordinary 15 Pc. Cwn Assorted 15 Kg. B. Labor Particulars No. Of Men Days Foreman 1 8 Skilled Workers 2 8 Unskilled Workers 4 8
Closing Date24 Feb 2025
Tender AmountPHP 999.9 K (USD 17.2 K)
City Of Danao Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.mantija Invitation To Apply For Eligibility And To Bid For The Bleacher Of Basketball Court/improvement Of Basketball Court Of Brgy. Mantija, Danao City The Brgy.mantija, Tends To Apply The Sum Of Php574,739.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Bleacher Of Basketball Court/improvement Of Basketball Court @ Brgy.mantija, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Mantija Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding Of The Bleacher Of Basketball Court/ Improvement Of Basketball Court @ Brgy.mantija, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 439 Bags Portland Cement 248.00 108,872.00 2. 35 Bags Pozzoland Cement 220.00 7,700.00 3. 15 Cu.m Limestone 900.00 13,500.00 4. 24.5 Cu.m Washed Sand 2,100.00 51,450.00 5. 2 Cu.m Fined Sand 2,100.00 4,200.00 6. 24.5 Cu.m Crushed Gravel 2,100.00 51,450.00 7. 103 Length 10mm X 6m Deformed Bars 237.00 24,411.00 8. 210 Length 12mm X 6m Deformed Bars 318.00 66,780.00 9. 25 Kg. G.i Tie Wire #16 92.00 2,300.00 10. 9 Sht. ½’ordinary Plywood 784.00 7,056.00 11. 18 Pcs. 2”x2 2”x 10’ Coco Lumber 100.00 1,800.00 12. 10 Pcs. 2”x3”x2”x10 Coco Lumber 150.00 1,500.00 13. 1890 Pcs. 6” Chb 21.00 39,690.00 14. 6 Kg. Cwn 4” 81.00 486.00 15. 4 Kg. Cwn 2” 81.00 324.00 16. 3 Kg. Concrete Nail 1 ½ 115.00 345.00 17. 4 Pcs. Hacksaw Blade 69.00 276.00 18. 40 Pcs. 12mm X 300mm Anchor Bolt 115.00 4,600.00 19. 10 Pcs. 200mm X 150mm X 12mm Thk.base Plate1,695.00 16,950.00 20. 13 Lengths 38mm X 38mmx 6mm Thk X 6m Angle Bar1,675.00 21,775.00 21. 13 Lengths 50mm X 100mm X 1.5mm Thk C-purlins 1,090.00 14,170.00 22. 11 Lengths 12mm Thk X 305mm Hardi Senepea 520.00 5,720.00 23. 75 In.m Rib-type Painted Roofing Long Span0.6mm 585.00 43,875.00 24. 16 Sht. Pre-painted Gutter 0.6mm Thk 880.00 14,080.00 25. 432 Pcs. Tekscrew 2.1/2” 5.00 2,160.00 26. 1 Box Welding Rod (heavy Duty) 3,630.00 3,630.00 27. 10 Length 50mm G.i Pipe (sch.40) 1,890.00 18,900.00 28. 4 Length 38mm G.i Pipe (sch.40) 578.00 2,312.00 29. 22 Sht. 4.7mm X 25mm Flat Bar Stiffener 345.00 7,590.00 30. 14 Sht. Ga 10 Steel Matting 825.00 11,550.00 31. 16 Lengths 16mm X 6m Square Bars 872.00 13,952.00 32. 1 Length 12mm G.i Pipe (ordinary) 570.00 570.00 33. 1 Length 20mm G.i Pipe (ordinary) 720.00 720.00 34. 1 Length 10mm Plain Round Bar 237.00 237.00 35. 2 Length 16mm Plain Round Bar 529.00 1,058.00 36. 6 Pcs. 6mm Thk Steel Plate 225.00 1,350.00 37. 4 Gal Epoxy Primer With Catalyst (gray) 932.00 3,728.00 38. 1 Gal Lacquer Thinner 570.00 570.00 39. 2 Pcs. Paint Roller 7” With Tray 160.00 320.00 40. 5 Pcs. Paint Brush 4” 98.00 490.00 41. 4 Pcs. Paint Brush 2” 48.00 192.00 42. 2 Gal Epoxy Enamel (black) 1,050.00 2,100.00 Php 574,739.00 Delivery Of The Goods Is Required Not Later Than January 30, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On January 07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On January 14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Mantija, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee(based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.)for Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.)retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.)all Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.)the City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items ; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184),otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.ivan G. Pepito Brgy. Sk Chairman On Infrastructure Mantija,danao City
Closing Date14 Jan 2025
Tender AmountPHP 574.7 K (USD 9.8 K)
MUNICIPALITY OF PANGIL, LAGUNA Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Location : Sitio Interwood, Brgy. Isla, Pangil, Laguna Brief Description/scope Of Work :concreting Of Local Access Road Approved Budget For The Contract (abc) : Php500,000.00 Contract Duration/delivery Period : Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 03, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Engr. Vinson David V. Valois Bac Chairperson 0956-520-8433 Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description Unit Total Cost Cost Site Preparation 1 1 Roll 100-m Blue Sheet 2 50 Pcs 2x3x12 Coco Lumber 3 30 Kgs Assorted Nails 4 3 Kgs. Tie Wire # 16 (2% Of Rsb) Concrete Works 5 231.32 Bags Cement 6 12.85 Cu.m. Sand 7 25.70 Cu.m. Gravel 8 20 Pcs. 6mm C- Purlins Forms 9 24 Kgs. Rebar 10mm Reinforcing Steel Bar 10 30 Pcs 16mmø Rsb Plumbing Works 11 2 Pcs. Gi Pipe 3/4" 12 40 Pcs. Solven Cement 200cc Project Billboard 13 1 Set Signage 8' X 8' 14 2 Pcs Portland Cement 15 0.50 Cum Washed Sand 16 0.50 Cum Gravel 17 2 Pcs Marine Plywood 18 2 Kl C.w Nail 19 20 Bdft Cocolumber Equipment Rental/welding Machine Rental/minor Tools Earthworks / Demolition / Chipping / Dismantling Works Labor Cost Profit,ocm,mobilization/demobilzation Vat / Tax Total Amount Requested - Purpose: Construction Of Local Access Road At Sitio Interwood In Brgy. Isla Pangil Laguna Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ _______________________________________________________________________________________________ Type Of Bid Security/bidders Bond:___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1.i/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2.i/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided 3.under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i)withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii)fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4.i/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a)upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b)i Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c)i Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
Closing Date11 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Municipality Of Anda, Bohol Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Anda Request For Quotation Approved Budget: Php 71,249.00 Sir/madam: Please Quote Your Price Of The Article/s Listed Below For Immediate Delivery At Mdrrm Office, Lgu-anda, Bohol. Item No Quantity Unit Supplies/materials Description Unit Cost Amount 1 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 2 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 3 12 Cans Beef Loaf (meat Loaf) 35.00 ₱ 420.00 ₱ 4 24 Cans Sardines Natural Oil 40.00 ₱ 960.00 ₱ 5 3 Doz Nescafe Original Twin Pack 175.00 ₱ 525.00 ₱ 6 6 Pack Crispy Fry 28.00 ₱ 168.00 ₱ 7 1 Sack 25 Kls. Rice 1,480.00 ₱ 1,480.00 ₱ 8 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 9 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 10 8 Pack Biscuits Assorted 70.00 ₱ 560.00 ₱ 11 2 Doz Champion Single 150.00 ₱ 300.00 ₱ 12 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 13 1 Sack 25 Kls. Rice 1,500.00 ₱ 1,500.00 ₱ 14 24 Cans Youngstown Natural Oil 40.00 ₱ 960.00 ₱ 15 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 16 6 Pack Datu Puti 200 Ml 10.00 ₱ 60.00 ₱ 17 7 Lit Oil 88.00 ₱ 616.00 ₱ 18 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 19 5 Pack Hansel Crackers Plain 70.00 ₱ 350.00 ₱ 20 1 Kls 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 21 1 Doz Creamy White Twin 175.00 ₱ 175.00 ₱ 22 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 23 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 24 15 Kls Biscuits Assorted 70.00 ₱ 1,050.00 ₱ 25 1 Sack Rice Camia 2,960.00 ₱ 2,960.00 ₱ 26 24 Pcs Lucky Me Pancit Canton 15.00 ₱ 360.00 ₱ 27 3 Tray Egg 270.00 ₱ 810.00 ₱ 28 1 Doz Champion Energen Twin 180.00 ₱ 180.00 ₱ 29 12 Cans Century Tuna 25.00 ₱ 300.00 ₱ 30 3 Pcs Smart Dishwashing Paste Big 70.00 ₱ 210.00 ₱ 31 3 Doz Kopiko Black Twin 175.00 ₱ 525.00 ₱ 32 5 Pack Spoon 30.00 ₱ 150.00 ₱ 33 2 Pcs Utility Box Surface Type 95.00 ₱ 190.00 ₱ 34 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 35 3 Pcs Electrical Pvc Pipe #1/2 95.00 ₱ 285.00 ₱ 36 10 Pcs Pvc Clip #1/2 2.50 ₱ 25.00 ₱ 37 1 Pcs Flexible Connector #1/2 25.00 ₱ 25.00 ₱ 38 2 Doz Kopiko Black Single 120.00 ₱ 240.00 ₱ 39 5 Doz Creamy White Twin 175.00 ₱ 875.00 ₱ 40 10 Pack Biscuits Assorted 70.00 ₱ 700.00 ₱ 41 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 42 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 43 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 44 5 Lit Oil 88.00 ₱ 440.00 ₱ 45 24 Pcs Lucky Me Pancit Canton Assorted 15.00 ₱ 360.00 ₱ 46 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 47 6 Pack Crispy Fry Big 1 Kl. 28.00 ₱ 168.00 ₱ 48 1 Doz Sinigag Mix 22g 300.00 ₱ 300.00 ₱ 49 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 50 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 51 12 Cans Beef Loaf (holiday) 25.00 ₱ 300.00 ₱ 52 7 Lit Cooking Oil 88.00 ₱ 616.00 ₱ 53 10 Doz Coffee Twin Pack 175.00 ₱ 1,750.00 ₱ 54 3 Doz 3in1 Original Twin 175.00 ₱ 525.00 ₱ 55 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 56 2 Tray Egg Xl 270.00 ₱ 540.00 ₱ 57 1 Doz Oyster Sauce Small 120.00 ₱ 120.00 ₱ 58 1 Doz Magic Sarap 78.00 ₱ 78.00 ₱ 59 6 Pack Silver Swan Soy Sauce 200ml 16.00 ₱ 96.00 ₱ 60 3 Pack Datu Puti 200 Ml 15.00 ₱ 45.00 ₱ 61 5 Pack Biscuits Assorted 70.00 ₱ 350.00 ₱ 62 24 Sack Fiesta Beef Loaf 30.00 ₱ 720.00 ₱ 63 3 Cans Candy Assorted 50.00 ₱ 150.00 ₱ 64 10 Pack Dingdong And Happy Nuts 28.00 ₱ 280.00 ₱ 65 4 Pack Coffee Cup 60.00 ₱ 240.00 ₱ 66 1 Sack 25 Kls. Rice Camia 1,500.00 ₱ 1,500.00 ₱ 67 20 Cans Beef Loaf (holiday) 25.00 ₱ 500.00 ₱ 68 6 Pack Wings Powder 7.33 ₱ 44.00 ₱ 69 3 Pcs Wilkins 330ml 220.00 ₱ 660.00 ₱ 70 9 Doz Coffee Twin Pack 175.00 ₱ 1,575.00 ₱ 71 6 Pack Biscuits Assorted 70.00 ₱ 420.00 ₱ 72 11 Pack Dingdong And Happy Nuts 28.00 ₱ 308.00 ₱ 73 8 Pack Candy Assorted 50.00 ₱ 400.00 ₱ 74 24 Cans Century Tuna 25.00 ₱ 600.00 ₱ 75 24 Cans Corned Beef (holiday) 25.00 ₱ 600.00 ₱ 76 2 Pack Coffee Cup 60.00 ₱ 120.00 ₱ 77 3 Pack Stirrer 280.00 ₱ 840.00 ₱ 78 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 79 2 Pack Tox With Screw #6 67.00 ₱ 134.00 ₱ 80 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ 81 1 Pcs Utility Box Surface Type 90.00 ₱ 90.00 ₱ 82 1 Pcs Faucet Threaded 180.00 ₱ 180.00 ₱ 83 1 Roll Electrical Tape 3m Big 60.00 ₱ 60.00 ₱ 84 2 Kls Welding Rod #16 95.00 ₱ 190.00 ₱ 85 2 Pcs Plywood Yu Richmond 480.00 ₱ 960.00 ₱ 86 2 Pcs Sand Paper #120 30.00 ₱ 60.00 ₱ 87 2 Pack Double A Battery 39.00 ₱ 78.00 ₱ 88 1 Box Stranded Wire #12 4,000.00 ₱ 4,000.00 ₱ 89 150 Meter Nylon Rope Big #12 10.00 ₱ 1,500.00 ₱ 90 1 Box Welding Rod #13 560.00 ₱ 560.00 ₱ 91 4 Pcs Square Tube 2x4 1,695.00 ₱ 6,780.00 ₱ 92 4 Pcs Square Tube 2x2 980.00 ₱ 3,920.00 ₱ 93 3 Pcs Gabas Puthaw 90.00 ₱ 270.00 ₱ 94 1 Lit Metal Primere Red Oxide 230.00 ₱ 230.00 ₱ 95 1 Lit Qde Black 260.00 ₱ 260.00 ₱ 96 2 Pcs Paint Brush #2 55.00 ₱ 110.00 ₱ 97 4 Bot Paint Thinner 80.00 ₱ 320.00 ₱ 98 4 Pcs Paint Brush #3 95.00 ₱ 380.00 ₱ 99 1 Pcs Paint Brush #4 95.00 ₱ 95.00 ₱ 100 2 Tank Fiesta Gas 1,100.00 ₱ 2,200.00 ₱ 101 0.5 Kls Concrete Nails #3 120.00 ₱ 60.00 ₱ 102 0.5 Kls Concrete Nails #4 120.00 ₱ 60.00 ₱ 103 5 Pcs Led Bulb 17w 200.00 ₱ 1,000.00 ₱ 104 12 Pack Biscuits Assorted 70.00 ₱ 840.00 ₱ 105 2 Doz Kopiko Blanca Twin 175.00 ₱ 350.00 ₱ 106 2 Doz Creamy White Twin 175.00 ₱ 350.00 ₱ 107 1 Doz Kopiko Black Twin 175.00 ₱ 175.00 ₱ 108 1 Doz 3in1 Original Twin 175.00 ₱ 175.00 ₱ 109 20 Cans Corned Beef Holiday 46.00 ₱ 920.00 ₱ 110 5 Pack Silver Swan Soy Sauce 200ml 18.00 ₱ 90.00 ₱ 111 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 112 1 Pack Magic Sarap 78.00 ₱ 78.00 ₱ 113 2 Tray Egg 270.00 ₱ 540.00 ₱ 114 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 115 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ Total 71,249.00
Closing Date16 Jan 2025
Tender AmountPHP 71.2 K (USD 1.2 K)
2351-2360 of 2411 archived Tenders